Future Vertical Lift Future Long Range Assault Aircraft (FLRAA) Request for Information (RFI)

expired opportunity(Expired)
From: Federal Government(Federal)
FLRAA_Request_for_Information

Basic Details

started - 16 Oct, 2019 (about 4 years ago)

Start Date

16 Oct, 2019 (about 4 years ago)
due - 15 Nov, 2019 (about 4 years ago)

Due Date

15 Nov, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FLRAA_Request_for_Information

Identifier

FLRAA_Request_for_Information
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)AMC (72571)ACC (74945)ACC-CTRS (32874)ACC RSA (5258)W6QK ACC-RSA (3557)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 Title: Request for Information (RFI): This is a two part RFI: (1) Mission equipment systems and (2) weapon system cost information for Future Long Range Assault Aircraft (FLRAA)Description: The Program Executive Office (PEO) Aviation, Project Manager (PM) FLRAA, on behalf of the Warfighter, seeks information on two distinct items (1) potential FLRAA mission equipment systems and (2) FLRAA weapon system cost information. This information will inform FLRAA risk reduction activities and a potential FLRAA program of record.   FLRAA Mission Equipment Capability Information sought: Information on mission equipment systems ready for production and suitable for integration on a potential vertical lift platform. Potential MEP solutions must have:•·         A Technology Readiness Level (TRL) 6 demonstrated in a relevant environment with integration element baseline established. •·         An Integration Readiness Level (IRL) 6 with all platform interfaces identified and integrated technology
demonstration complete. •·         A Manufacturing Readiness Level (MRL) 6 with prototype production demonstrated in a production relevant environment. The responses to this RFI will inform trades analysis conducted during the Competitive Demonstration and Risk Reduction effort and the program strategy for the FLRAA Program of Record (PoR).The Government is seeking qualification, performance, integration, and supportability data on FLRAA solutions with the capabilities described. The government is particularly interested in solutions that conform to aircraft shape and utilize hardware agnostic software. The FLRAA Draft System Performance Specification provides a basis for requirements analysis and is available by formal request to the Procuring Contracting Officer identified in this RFI below. FLRAA Equipping Domains:1.    Sensors: Sensor systems capable of providing wire/obstacle detection, weather detection, terrain avoidance, situational awareness, and future usage for pilotage covering 360 degrees in degraded visual environments (DVE).  2.    Communications: Multi and single band, software defined radio systems and network communication sets capable of providing line of sight and beyond line of sight communication in HF, VHF-AM/FM (single channel, SINCGARS and 8.33 KHz), UHF-AM (single channel, HAVEQUICK I/II, SATURN, Maritime and APCO 25), UHF SATCOM (Single, DAMA, DAMA I/W, MUOS), Link 16, TSM, TCDL and BE-CDL, and internal communication systems.3.    Identification: Transponder systems capable of civil identification and tactical identification, friend or foe (IFF) in modes 1, 2, 3 A/C, 4, 5, S and ADS B in/out.4.    Navigation: Aircraft navigation sets capable of legacy and NextGen civil navigation modes in VHF Nav/ILS, TACAN, Doppler, EGI with M-code encryption and assured precision navigation and timing (A-PNT) solutions for aerial navigation in GPS denied environments. Navigation solutions and software applications that support supervised autonomy.        5.    Mission Processing: Mission processing systems that are capable of providing a safety of flight certified multi-core based DO-297 Integrated Modular Avionics (IMA) computing platform. The mission computing platform should be capable of supporting an ARINC 653 Operating System, multiple multiplexed video and audio streams, graphics processing, networking implemented with open standards, discrete I/O, and analog interfaces. 6.    Operating System and software applications: A FACETM conformant operating system capable of time and space partitioning of various, I/O services, APIs, runtime environments, and other software applications. Software applications should be DO-178C at the appropriate DAL and support sensors, communication systems, navigation systems, pilot interfaces, and other I/O systems. Situational awareness software should provide fused database and sensor data to cockpit displays or heads up displays. 7.    Aircraft Hoist: Aircraft hoist systems capable of lifting 670 lbs. 8.    Aircraft Survivability Equipment (ASE): Aircraft survivability systems that are capable of detecting RF, IR, and laser threats. Missile warning systems capable of threat launch detection. Hostile fire systems that are capable of ballistic fire detection. Countermeasure systems capable against RF and IR threats. RF jamming systems.9.    Pilot Interfaces: Cockpit displays, heads up displays, pilot interfaces to the operating system, and voice activation technology.FLRAA Mission Equipment Response Instructions: The response needs to address the following areas:1.    Provide feedback on and compliance to the system performance specification for the capability solution(s)2.    Provide a detailed system description of the capability solution to include the Size, Weight, Power, and Cooling (SWAP-C).3.    Provide estimated drag values4.    Provide cost data for delta test and integration, operations and support, and unit production5.    For technology solutions not already qualified on an aviation platform, provide schedule milestones for maturation ahead of contract award for the PoR in 2QFY226.    Provide mechanical, electrical, and communications interfaces, whether these interfaces support a Modular Open Systems Approach (MOSA), and all supported communication networks7.    Provide qualification test report reference (Title, Date, Year)8.    Provide system performance data to the extent available and relevant test data demonstrating the performance9.    Provide previous relevant platform integration efforts10.  Provide an assessment of the TRL, MRL, and IRL of the product. Substantiate MRL assessment according to the criteria in the DoD MRL Deskbook 201811.  Identify production capacities12.  Provide intellectual property and data rights assertion(s)13.  Provide supportability requirements that encompass all Integrated Product Support (IPS) Elements (e.g. supply support, maintenance planning & management, packaging, handling, storage, and preservation (PHS&T), computer resources support, training)14.  Provide a strategy on how the solution(s) can be supported with organic maintenance in the field  15.  Provide shelf life and sustaining engineering efforts16.  Provide reliability and maintainability data17.  Provide a list of support equipment, tools, special tools and/or test equipment 18.  The USG is interested in inventive or creative ways that a respondent's proposed solution for a specific requirement(s) could be reduced in terms of space, weight, cost, or meet additional requirements if given access to other on-board sensors and/or a centralized processing environment under the MOSA construct.  For example, respondents may consider recommending integrated communication/navigation solutions in lieu of traditional communication and navigation sets. FLRAA Weapon System Cost Information Sought: This portion of the RFI will focus on the fundamental differences in the cost estimating assumptions, methodologies, and innovative cost estimating techniques for the Development, Production, and Operations and Support phase costs between the Next Generation Rotorcraft Program and Current/Historical Defense Rotorcraft Programs.  1.    Identify and describe critical technologies, materials, designs, manufacturing processes, tool changes, and/or novel manufacturing/sustainment strategies which represents major shifts or a leap forward from current and historical defense rotorcraft development and production efforts, and associated cost estimating techniques as outlined below:a.    Identify specific instances in which cost estimation methods, based on available government cost data on current and historical programs, are unacceptably poor representations of advances in a program with the characteristics and traits.b.    Identify alternative data sources (not CSDRs, SRDRs, & EVM), which are both available and verifiable, which would support new and/or innovated cost estimating techniques associated with the critical technologies, materials, etc.c.    Identify specific cost estimation methods or strategies which directly address the advancements and/or changes to the critical technologies, materials, etc.2.    Identify where and how the advancement(s) from Item 1 above have been applied in other government and/or commercial programs, and the impact on the cost estimate or cost estimating methodology for the purposes of comparison/reference. 3.    List the MIL-STD 881D Aircraft Production WBS and relevant MIL-STD 881D Operations & Sustainment WBS elements that would be impacted by the advancements identified in Item 1 above.4.    Briefly discuss the mechanism through which measurable/substantial production and/or sustainment cost reduction opportunities or cost risk reductions are achieved for each of the listed WBS elements.  Additionally, identifying the specific types of cost (labor, material, overhead) in the cost estimating techniques associated with the reduction opportunities.5.    Provide an assessment of the magnitude of the cost opportunity, with reference to specific types of cost if possible/reasonable. Example:  "Process X could reduce manufacturing labor for component type Y by Z1% in production and Z2% in sustainment" Instructions for Submission: Responses to this RFI will be used for information and planning purposes only and does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this RFI is subject to change and is not binding on the Government. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this RFI. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review.All submittals shall be marked and treated as UNCLASSIFIED and For Official Use Only. All information received in response to this RFI marked "proprietary" will be handled accordingly.The Government will utilize non-Government personnel (support contractors) to review responses to this RFI.  Markings on the submissions in response to this RFI should reflect the information is releasable to DoD support contractors solely for the purposes stated herein.  The participating support contractor companies will be precluded from submitting a response to this RFI or any potential subsequent solicitation for this effort.Responses to this RFI shall not exceed total email file size of 9MB. Responses exceeding this limit will not be received by the Government. Responses shall not exceed 25 single-sided pages on 8.5 x 11 size paper and shall not include a font size smaller than Arial 10. All responses shall be submitted via email to the Procuring Contracting Officer listed below. Test data or reports substantiating the performance, TRL, MRL, and IRL should be included as attachments and are limited to 100 pages, provided total email file size as listed above will not be exceeded. The summary information provided in the Attachment(s) will not count against the page limits. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information).FLRAA RFI Responses should include:1.    Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address2.    Point of contact, including: name, title, phone, and email address3.    Size of company, average annual revenue for the past three years, and number of employees4.    Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small BusinessThis RFI will be open from date of publication through 15 Nov 2019. Information may be submitted by a governmental or nongovernmental entity including commercial firms, institutions of higher education and with degree granting programs in science and/or engineering (universities), or consortia led by such concerns. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns.All responses must delivered by 1600 Central Time on 15 NOV 2019 to: Linda M. Murphy, Contracting Officer, U.S. Army Contracting Command - Redstone, CCAM-MZC-A, linda.m.murphy.civ@mail.mil

Army Contracting Command - Redstone 5303 Martin Road Sparkman Center  Redstone Arsenal,    Alabama    35898 United StatesLocation

Place Of Performance : Army Contracting Command - Redstone 5303 Martin Road Sparkman Center

Country : United States

You may also like

REPAIR OF WHEELY ASSY FOR USE ON LONG RANGE SURVEILLANCE AIRCRAFT.

Due: 16 Sep, 2024 (in 4 months)Agency: U.S. COAST GUARD

LONG RANGE STANDOFF (LRSO) PROGRAM, B-52H AIRCRAFT INTEGRATION

Due: 31 Dec, 2025 (in 20 months)Agency: DEPT OF DEFENSE

Classification

336 -- Transportation Equipment Manufacturing/336411 -- Aircraft Manufacturing
naicsCode 336411Aircraft Manufacturing
pscCode 15Airframe Structural Components